Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOURCES SOUGHT

15 -- Contract Logistics Support Services - Statement of Work (SOW)

Notice Date
10/6/2011
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-R-0007
 
Archive Date
11/4/2011
 
Point of Contact
Karen D. Lynch, Phone: 240-725-7532, James M. Smith, Phone: 240-725-7531
 
E-Mail Address
Karen.d.lynch@navy.mil, james.m.smith@navy.mil
(Karen.d.lynch@navy.mil, james.m.smith@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work for NSAWC. SOURCES SOUGHT The Naval Air Systems Command (NAVAIR) is seeking sources to provide Contractor Logistics Support (CLS) services for the Naval Strike Air Warfare Center (NSAWC) fleet of E-2C, F-16A/B, F/A-18A-F and MH-60S beginning 01 November 2013. This announcement constitutes a Sources Sought Synopsis. This is NOT a Request for Proposals. The following information is provided to assist the United States Navy in conducting a Market Research to determine potential contractors that have an interest in providing Contractor Logistics Support (CLS) for the Naval Strike Air Warfare Center (NSAWC) fleet of aircraft. These requirements are subject to change and the information provided below is for informational purposes only, the final requirement, will be defined under a formal Request for Proposal. The North American Industry Classification System (NAICS) code applicable to this requirement is 488190, "Other Support Activities for Air Transportation." The Federal Product and Service Code (PSC) is J015 "Maintenance, repair, and rebuilding of Equipment - Aircraft and Airframe Structural Components." BACK GROUND The Naval Strike and Air Warfare Center (NSAWC), located at Naval Air Station Fallon, NV combines the functions of the Naval Strike Warfare Center (NSWC), Navy Fighter Weapons School (NFWS), and the Carrier Airborne Early Warning Weapons School (CAEWWS), into a single command structure to enhance aviation training effectiveness. It focuses on tactics development, assessment, graduate level training, Fallon Range Complex management, joint interoperability, and standardization of training within the aviation communities. Additionally, NSAWC will emphasize cross-community dialogue on an integrated tactical employment of naval assets, and have a role in the requirement process for aviation. The CLS services currently being performed under contract N00019-09-D-0007 awarded by the Department of the Navy Naval Air Systems Command (NAVAIR). The Indefinite Delivery requirements contract contains a hybrid of Firm-Fixed Price, Time & Materials, and Cost Reimbursable line items. L-3 Communications Integrated Systems Vertex Aerospace is the incumbent CLS provider. The NAWCAD/NAVAIR FOIA office number is 301-342-9563. To submit a FOIA request, please fax your request to 301-342-1840, or submit by mail to: OFFICE OF COUNSEL NAWCAD, ATTN FOIA OFFICER BLDG 435, 47076 LILJENCRANTZ ROAD, PATUXENT RIVER MD 20670. REQUIREMENT The Contractor shall provide and maintain organizational (O), intermediate (I), and limited Depot (D) level aircraft maintenance, management, logistics support services for the NSAWC assets.O, I, and limited D level maintenance is that maintenance which is performed at the site where the aircraft are permanently assigned or on temporary detachment. The most important Contractor performance criterion is to provide safe flyable aircraft to complete the Navy's daily flight schedule. The services performed shall include associated support equipment, power plants, airframes, aviation life support systems, electronic and electrical instruments, armament radar/fire control and flight line services in order to meet the daily mission requirements. The CLS services shall be performed in accordance with NAVAIRINST 3710.1 and CNAFINST 4790.2. The Contractor's management shall be structured to ensure that aircraft are maintained to achieve maximum utilization of all assets. The Navy places special emphasis on hydraulic contamination, Foreign Object Damage (FOD) prevention, tool control, record keeping, compass calibration, corrosion prevention and treatment, tire and wheel maintenance safety, fuel surveillance, oil analysis, support equipment operator training, nondestructive inspection, plane captain training, survival and egress systems maintenance, and individual qualifications. The Contractor's maintenance program shall comply with all provisions of the Chief of Naval Operations (OPNAV) approved maintenance plans and instructions and applicable maintenance manuals and all requirements specified. The Government will issue any waivers or deviations on a case-by-case basis. In achieving this requirement, the Contractor shall meet the OPNAV objective of continually improving material readiness and safety with the optimum use of economic resources. In performance of the services described herein, the Contractor shall maintain an efficient organization, provide adequate supervisory control, and perform all maintenance and other services as specified for the approximate number of aircraft as follows: T/M/S QTY E-2C 2 F-16A 10 F-16B 4 F/A-18A/B/C/D/E/F 20 MH-60S 4 F/A-18A/B/C/D/E/F: The McDonnell Douglas F/A-18 is an all-weather fighter and attack aircraft. In its fighter mode, the F/A-18 is used primarily as a fighter escort and for fleet air defense. In its attack mode it is used for force projection, interdiction and close and deep air support. Single-place (A), and two-place (B), are fighter/attack aircraft powered by two General Electric F404-GE-400 turbofan engines with afterburner. Two General Electric F404-GE-402, enhanced performance turbofan engines power the F/A-18C/D. Two General Electric F414-GE-400, afterburning turbofan engines power the F/A-18E/F. The F414-GE-400 engine is an advanced derivative of the F404 GE engine family. MH-60S: The MH-60S is a twin-engine medium lift, utility, or assault helicopter. The MH-60S is used for anti-submarine warfare, search and rescue, drug interdiction, anti-ship warfare, cargo lift, and special operations. The MH-60S is equipped with a single main rotor and twin T700-GE-401C engines. F-16A/B: The Lockheed Martin F-16 is a compact, single engine, multi-role, all-weather, fighter aircraft. The aircraft's primary mission is air-to-air combat and air-to-surface attack. Single-placed (A) and two-placed (B) are fighter aircraft powered by a single Pratt & Whitney F100-PW-220 engine. E-2C: The Northrop Grumman E-2C Hawkeye is an all-weather, carrier-based tactical airborne warning and control system platform. It provides all-weather airborne early warning and command and control functions for the carrier battle group. The E-2C is powered by two Allison T56-A-425 turboprops. The period of performance of the follow-on contract is intended to include at least one (1) base year, commencing on 01 November 2013, with four (4) one-year options. The estimated contract value is approximately $100M. The Government intends to host an Industry Day event, which is projected to be held in November 2011 at NSAWC, Fallon, NV. Further information will be forthcoming via an updated FBO announcement. SUBMISSION DETAILS: Please include a short statement of the company's ability/history with this type of effort, the name and telephone number of a company representative that can be contacted, company's business size, and the company's address. Also, please respond with your company's approach to satisfy the requirement, your company's approach to performing services, aircraft maintenance, personnel qualifications. Include Specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. Interested LARGE and SMALL businesses are hereby requested to submit statements of interest and capabilities and questions/feedback via e-mail to Karen Lynch, at karen.lynch@navy.mil. Interested businesses shall prepare the interest and capability statement packages using Microsoft Word (no more than ten (10) pages, size 8.5 x 11 inches, with font no smaller than 10 point). All documents shall include Company Name, Company Address, Technical, Program, and Contracts Points of Contacts (POC) including name, phone number, fax number, and e-mail addresses. Written responses, and all correspondence shall include Solicitation number N00019-12-R-0007 on the e-mail Subject line, as well as on all enclosed documents. The e-mailed statements shall be received by Ms. Karen Lynch, AIR-2.3.5.1.5 no later than 12:00 PM EST on 20 October 2011. The questions/feedback will be considered by the Government during development of the requirement documents. The Government does not intend to post answers/responses via FBO at this time. Information and materials submitted in response to this request WILL NOT be returned by the Government. Classified information or material SHALL NOT be submitted. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for CCR may be obtained accessing the CCR website at www.bpn.gov/CCR. Also, awardees will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment IAW DFARS 252.232-7003. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil. ADDITIONAL INFORMATION: The Navy is considering combining the Adversary NSAWC and F-5 CLS requirements, currently being performed under Contracts N00019-09-D-0007 and N00019-09-C-0024, respectively, into a single follow-on contract. There is currently a sources sought synopsis for the F-5 CLS requirement posted under N00019-12-R-0008. The Navy is seeking industry comments/views for the pros and cons associated with combining the two requirements. Include in your response any unique terms and conditions that would be desired. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-R-0007/listing.html)
 
Record
SN02604064-W 20111008/111006234955-9d1143378774c473104f31d1ef63c2ad (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.